Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SPECIAL NOTICE

J -- SOURCES SOUGHT / MARKET RESEARCH

Notice Date
6/30/2011
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S811R0018
 
Archive Date
6/29/2012
 
Point of Contact
Daniel Cotto, 253-966-3532
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(daniel.cotto@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Thank you for taking the time to assist us in gathering this information! Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently conducting preliminary planning market research to determine commercial market practices and the existence of viable commercial sources capable of providing complete services for maintenance of International Organization for Standardization (ISO) containers for its Directorate of Logistics. The anticipated period of performance is 1 April 2012 through 31 March 2013 with the possibility to exercise options up to two periods. An important outcome of this research is the possibility of setting aside this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with (IAW) FAR 19.201(a). Specific SBA programs are veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business. MICC, JBLM is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned in the Description of Services. Interested parties shall complete and submit the attached Market Research Questionnaire to the Government. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. DISCLAIMER: This Sources Sought is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought. The Government reserves the right to determine how it should proceed as a result of this notice. Please submit your response no later than 11 July 2011 by 10:00:00 AM (PST) via e-mail or facsimile to Daniel.Cotto@us.army.mil, fax number (253) 967-2772. We appreciate your participation and input. Description of Services: The contractor shall provide personnel, management, labor, materials, equipment, and other related items to maintain and restore ISO containers to the standards of MIL HDBK 138B, Guide to Container Inspection For Commercial And Military Intermodal Containers. Maintenance includes inspect, test, adjust, align, replace, weld, grind, rivet, straighten, machine, or resurface to restore serviceability of the item by correcting specific damage, fault, malfunction, or failure to a part, subassembly, item, or system. Performance will be at the contractor's facility for items requiring major repairs. Known Army-owned ISO container dimensions are: 20' L x 8' W x 8.5' H; Tricon container, 96" L X 78" W X 96" H; Quadcon Container 96" L X 60" W X 84" H; and 240" L X 96"W X 96"H. ISO containers of other dimensions will be considered within the scope of this contract. The required repairs do NOT include refrigeration or electrical components. Repairs shall meet the relevant standards established in the latest editions of the following: ISO Standards 668, 830, 1496/1 and 6346 IMDG Code container structural serviceability standards Repair Manual for Steel Freight Containers, as published by the Institute of International Containers Lessors, Ltd MIL-HDBK-138B, current edition SOURCES SOUGH QUESTIONNAIRE Company Name: ______________________________________________________________________ Central Contractor Registration (CCR) DUN/BPN number: ____________________________________ Point of Contract (Name & Position): _____________________________________________________ Mailing Address: __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ Phone: _______________ Fax: _________________ E-Mail:______________________ NOTE: Responses will not be published outside the MICC JBLM Office but will be used as a tool for the upcoming acquisition. Please submit your responses no later than 11 July 2011 by 10:00:00 AM (PST) via e-mail or facsimile to Daniel Cotto, e-mail Daniel.Cotto@us.army.mil, fax number (253) 967-2772. 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HubZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran-Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran-Owned Small Business [ ] yes [ ] no Other ________________________ 2. How much experience does your company has providing all necessary maintenance and repairs for ISO Containers, also called Intermodal Containers? __________________________________________________________________________ __________________________________________________________________________ 3. FFP CLINs are structured to capture all labor and material related to their respective major repair. For Example the Government understands that there will be slight variations between the amounts of work and material involved in repairing different size small-holes, but the differences are not considered significant within the group. Can your company provide Firm-Fixed-Price for the following repairs to return ISO Containers to standard? The Government is NOT asking for pricing just if you can price the following: (check all that apply) [ ] Repair Hole up to 5 Sq Ft [ ] Repair Hole between 5 Sq Ft and 10 Sq Ft [ ] Repair Hole between 10 Sq Ft and 15 Sq Ft [ ] Repair Hole between 15 Sq Ft and 20 Sq Ft [ ] Hinge (repair or replace) [ ] Replace Door Gasket [ ] Straighten lock rod [ ] Straighten locking rod handle [ ] Replace locking rod retainer [ ] Replace lock rod [ ] Replace fork lift pocket [ ] Replace or Straighten Curbside Bottom Rails - per foot [ ] Straighten front or rear Sill [ ] Replace front or rear sill with gasket [ ] Replace Cross member 4. Approximately what percentage of the firm-fixed-price for the above-mentioned repairs would be directly related to the price of steel? _____________________________________ 5. What licenses or certifications are typically required in the commercial industry to provide this type of service? __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ 6. What qualifications do you ask for in a Contract Manager? __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ 7. Provide any additional feedback that you feel is relevant (i.e. problems or any other issues experienced with similar contracts): __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting preliminary planning market research to determine commercial market practices for the maintenance and repairs of ISO Containers. (End of Provision) Again, we thank you for taking the time to assist us in gathering this information!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f29143240d866cefa64ca67e39c47cf)
 
Record
SN02486412-W 20110702/110630234853-3f29143240d866cefa64ca67e39c47cf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.